The National Gallery: The National Gallery, London NG200 Project Design Team Selection Process

  The National Gallery has published this notice through Delta eSourcing

Notice Summary
Title: The National Gallery, London NG200 Project Design Team Selection Process
Notice type: Contract Notice
Authority: The National Gallery
Nature of contract: Services
Procedure: Negotiated
Short Description: The National Gallery is seeking to appoint a multidisciplinary design team to lead the NG200 Project. The project focuses on enhancing the arrival experience at the National Gallery and has an anticipated construction budget of £25-£30 million. The project will be delivered in phases over the next five years, with the initial phase delivered during the Gallery’s Bicentenary year, 2024. The initial phase focuses on the Gallery’s Sainsbury Wing and works may include: remodelling the front gates, entry sequence and associated public realm; interior works to the lobby; limited remodelling of the first floor spaces; and upgrading the supporting facilities, notably visitor orientation and information, retail and security. Subsequent phases of the project may include further remodelling of the Sainsbury Wing interiors (excluding the second floor galleries); works to enhance the Portico on the Wilkins Building; further public realm works including Jubilee Walk; and a new Research Centre.
Published: 15/02/2021 16:31

View Full Notice

UK-London: Architectural and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             The National Gallery
             Trafalgar Square, London, WC2N 5DN, United Kingdom
             Tel. +44 2078312998, Email: nationalgallery@malcolmreading.com
             Main Address: https://competitions.malcolmreading.com/nationalgallery, Address of the buyer profile: https://www.nationalgallery.org.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://competitions.malcolmreading.com/nationalgallery
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://competitions.malcolmreading.com/nationalgallery to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: The National Gallery, London NG200 Project Design Team Selection Process       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71200000 - Architectural and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The National Gallery is seeking to appoint a multidisciplinary design team to lead the NG200 Project. The project focuses on enhancing the arrival experience at the National Gallery and has an anticipated construction budget of £25-£30 million. The project will be delivered in phases over the next five years, with the initial phase delivered during the Gallery’s Bicentenary year, 2024.

The initial phase focuses on the Gallery’s Sainsbury Wing and works may include: remodelling the front gates, entry sequence and associated public realm; interior works to the lobby; limited remodelling of the first floor spaces; and upgrading the supporting facilities, notably visitor orientation and information, retail and security. Subsequent phases of the project may include further remodelling of the Sainsbury Wing interiors (excluding the second floor galleries); works to enhance the Portico on the Wilkins Building; further public realm works including Jubilee Walk; and a new Research Centre.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45212350 - Buildings of particular historical or architectural interest.
      71210000 - Advisory architectural services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71300000 - Engineering services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71320000 - Engineering design services.
      71333000 - Mechanical engineering services.
      71334000 - Mechanical and electrical engineering services.
      71340000 - Integrated engineering services.
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The procurement is a two stage selection process run under the Competitive Procedure with Negotiation. At stage one of the process, the National Gallery is seeking creative multidisciplinary teams organised under a lead consultant (who is an architect) and including structural engineering, services engineering, heritage consultancy, landscape/public realm design and Principal Designer (under the Construction and Design Management [CDM] Regulations 2015) services.

Following the first stage of the process, up to five design teams will be shortlisted on the basis of the selection criteria set out in The Conditions document (available to download from https://competitions.malcolmreading.com/nationalgallery).

Internationally-based design teams will be required to propose a UK-based executive architect, who can provide local support, as part of their team at stage two.

The subject of this procurement process is the contract for full design services (throughout all RIBA Workstages) for all phases of the NG200 Project (as described in the Design Brief and The Conditions documents.

For further information, please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      At stage one of the process, the National Gallery is seeking creative multidisciplinary teams organised under a lead consultant (who is an architect) and including structural engineering, services engineering, heritage consultancy, landscape/public realm design and Principal Designer (under the Construction and Design Management [CDM] Regulations 2015) services.

Internationally-based design teams will be required to propose a UK-based executive architect, who can provide local support, as part of their team at stage two.    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/03/2021 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/04/2021       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=570509985
   VI.4) Procedures for review
   VI.4.1) Review body:
             The National Gallery
       Trafalgar Square, London, WC2N 5DN, United Kingdom
       Tel. +44 2077475823, Email: contracting@ng-london.org.uk
       Internet address: www.nationalgallery.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 15/02/2021

Annex A


View any Notice Addenda

View Award Notice